SOLICITATION NOTICE
70 -- BRAND NAME SOLE SOURCESMALL BUSINESS SET-ASIDE FOR one (1) Ultrafast Polarization Scrambling, Controlling, and Measurement Equipment. - Combination Synopsis-Solicitation for Commercial Purchases (Under SAT)
- Notice Date
- 8/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-Q-0090
- Archive Date
- 8/31/2018
- Point of Contact
- Ashley Eaker,
- E-Mail Address
-
ashley.e.eaker2.civ@mail.mil
(ashley.e.eaker2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Evaluation Criteria (LPTA) Salient Characteristics PROVISIONS AND CLAUSES FULL TEXT ATTACHMENT Combination Synopsis-Solicitation for Commercial Purchases (Under SAT) 1.Solicitation Number: W911QX-18-Q-0090 2.Title: BRAND NAME SOLE SOURCESMALL BUSINESS SET-ASIDE FOR one (1) Ultrafast Polarization Scrambling, Controlling, and Measurement Equipment. 3.Classification Code: 70 4.NAICS Code: 334516 5.Response Date: Five (5) days, not including date of posting due via email to the Primary Point of Contact listed in the FedBizOpps.gov webpage for this combined synopsis-solicitation. 6.The Government requires the purchase one (1) Ultrafast Polarization Scrambling, Controlling, and Measurement Equipment. 7.Description: Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. NOTICE: The United States Government intends to solicit and negotiate with only one Brand Name source under the authority of FAR 13.106-1(b)(1)(i), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements" based on compatibility with existing Government-owned equipment. The Government intends to solicit and negotiate with Novoptel GmBH., EIM-E, P6.4.03, Warburger Str. 100, Germany or their authrozied resellers for one (1) Ultrafast Polarization Scrambling, Controlling, and Measurement Equipment. This notice of intent is not a request for competitive proposals. However, any responsible source who believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice. A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 15 June 2018. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1,000 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: The Contractor shall provide (one) Novoptel endless polarization scrambler, polarimeter, laser unit, and endless polarization control module meeting the following salient characteristics: Specifications/Requirement: The Contractor shall provide the Tactical Network Assurance Branch (RDRL-CIN-T) within the United States (U.S.) Army Research Laboratory's (ARL) Computational and Information Sciences Directorate (CISD) a Novoptel endless polarization scrambler, polarimeter, laser unit, and endless polarization control module in accordance with the specifications listed below: •Quantity of one (1) Endless polarization scrambler desktop unit with the following options: oConfiguration: three (3) quarter wave plates, one (1) half wave plate, and three (3) quarter wave plates osingle mode fiber oC to L band o20 nanosecond (ns) clock cycles oEight (8) bit metatable with greater than (>) or equal to 16,000 entries oPseudorandom binary sequence (PRBS) generation for metatable oLocal area network (LAN) adapter oLithium niobate (LiNbO3) device with insertion loss less than (<) two (2) decibels (dB) oAngled physical contact ferrule connectors (FC/APC) •Quantity of one (1) Polarimeter desktop unit with the following options: oFC/APC oC to L band oDual-range polarimeter (second input power range with high sensitivity, low noise, low bandwidth) oFirst (1st ) optomechanical switch added oSecond (2nd ) optomechanical switch added •Quantity of one (1) Laser unit with the following options: oC band oFC/APC oNarrow-linewidth, continuous tunability, 18 plus decibel-milliwatt (dBm) output power •Quantity of one (1) Endless polarization control module with the following options: oOne (1) output oDesktop unit o100 kiloradians per second (krad/s) speed oExtended C band oLocal area network (LAN) adapter oLiNbO3 device with insertion loss less two (2) decibels (dB) oFC/APC Delivery: Delivery is required by 16 weeks ARO. Delivery shall be made to Adelphi, Maryland. Acceptance shall be performed at the Army Research Laboratory, Adelphi, Maryland. The FOB point is Adelphi, Maryland. Clauses: I. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated on an acceptable/unacceptable rating basis. An "Acceptable" rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An "Unacceptable" rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit four (4) records of past performance from the past twenty-four (24) months with their offer. Only offerors rated "Acceptable" will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated "Acceptable". Price will be evaluated based on the total proposed price, including options, (if any). III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES ACT (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-0007 CONTRACT-WIDE: SEQUENTIAL ACRN ORDER. (SEP 2009) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 ALTERNATE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000 BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAMS (DEC 2016) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERICAL ITEMS (JUN 2019) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) LOCAL INFORMATION: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT (Reference: 52.216-1) GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION PAYMENT OFFICE (BANKCARD - INVOICES REQUIRED) TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM REQUIREMENTS - ALC EXCEPTIONS OR CONDITIONS CONTAINED IN OFFEROR'S PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING UNDER CONTRACT PAYMENT TERMS VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. The following notes apply to this announcement: None. Place of Performance: Adelphi, Maryland. Set Aside: (Leave Blank on FBO Posting. DO NOT SELECT A SET ASIDE TYPE)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/591cd1dfd3843d88ee5d778074bbd04f)
- Place of Performance
- Address: 2800 Powder Mill Rd, Adelphi, Maryland, 20783-1138, United States
- Zip Code: 20783-1138
- Zip Code: 20783-1138
- Record
- SN05029680-W 20180811/180809231405-591cd1dfd3843d88ee5d778074bbd04f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |